You are on page 1of 16

Dated: 11.07.

2016
Notice No. WAP/WRD/3rd Party/KARNATAKA/2016/

Sub: Notice Inviting Quotation for “Providing services for third party
inspection works as per the standards”.

1.0 Sealed quotations are hereby invited by the Project Director, WAPCOS Ltd.
Bangalore (hereinafter referred to as “Employer”) from reputed and experienced
firms/ companies/ agencies (hereinafter referred to as “bidder”) for providing
services for Third Party Inspection works as per the standards, of the works
being executed in Karnataka.
2.0 A brief description of the work, instruction to bidder and schedule of works are
enclosed in this document.
3.0 The bidder should have a minimum of 3 Years of Experience in the field of Third Party
inspection and quantity and quality certification of Civil Engineering works particularly
Irrigation Schemes. The bidder shall furnish the quotation, details of the complete
company profile, relevant experience, list of similar works executed during the last
three years along with the completion certificate, cost of contracts, the personnel and
equipment for carrying out similar work.
4.0 The bidder should quote the rates for all the items in terms of overall approved
percentage above or below the approved rates of KBJNL, Karnataka.
5.0 The offer submitted by the bidder shall be valid for a period of 1years (One Year)
from the date of opening of the quotations.
6.0 Earnest money amounting to Rs. 5 0 ,000/- (Rupees Fifty Thousand only) shall be
deposited along with the quotation in the form of Bank draft. The Bank draft shall be
drawn in favor of WAPCOS Ltd payable at Bengaluru.
7.0 The last date and time of receipt of quotations is 15th July, 2016 at 16.00 hrs.
The quotations (Envelope no. 1 and 2) shall be opened at 16.30 hours on the same
day in the presence of bidders who may like to be present.

8.0 The quotations in sealed envelopes shall be addressed to: -


The Project Director
WAPCOS Limited
“Prashantha” First Floor
No.168, 18th Cross, (Near Vijayanagar Post Office),
Vijayanagar, Bengaluru – 560040
Karnataka
Tel – 08-23306120 / 23155618, Fax: 080-23107513
1
9.0 Incomplete quotations and quotations received without EMD and quotation received
after the stipulated time shall be rejected.
10.0 Any queries regarding the Terms of Reference can be obtained from this office on any
working day up to 15th July, 2016 (upto 12:00 noon)
11.0 WAPCOS reserves the right to reject any one or all of the quotations without
assigning any reason.
12.0 In case of any dispute in the award of work or execution of works, the decision of
CMD, WAPCOS is final and binding on all the parties.

Project Director
WAPCOS Bengaluru

2
CHAPTER – I
INSTRUCTIONS TO BIDDER (ITB)

1.0 THE PROJECT


The Objective of this project “Providing services for third party inspection works as
per the standards” is to appoint consultant for third party inspection of Quality
parameters and inspection of proposals for Extra Financial Implication (EFI) of the
following works being executed in Karnataka.
a) Remodeling of Distributaries No. Dy 1, 2A, 2B, 3A, 3B, 4, 5, 6, 7,including
laterals & sub laterals and structures of JBC under ERM of NLBC Canal System.
b) Remodeling of Distributaries No. Dy 9, 10, 11, 12(from 0 to 12 km), 15 & 18
laterals/sub laterals & Dy-9 and BD-3 of Dy 12, laterals 3, 4, 14, 15, 21and 24 of
Dy-18 including structures of JBC under ERM of NLBC Canal System.
b) Any other works awarded from time to time.
c) Verification of Extra Financial Implication proposal.

2.0 SCOPE OF WORKS


The scope of work is to conduct third party inspection works for the works being
executed in Karnataka. The objectives of the services are briefly as under:
a) To test the works and the materials to ensure that they conform to the standards
and quality parameters as envisaged in the contract documents, that the works
are carried out as per the approved designs and drawings.
b) Justification for change in designs, increase in number of structures, reasons for
change in strata classification, the accuracy of classification and report there on.
c) Further EFI proposal during the execution of the projects also needs to be
inspected and verified to ensure that the quantities as claimed by the contractors
are accurate, and their valuation is in accordance with the contact document.
d) Certify the extra financial implication after due examination of the genuinity of
the requirement of the extra/additional out turns and the valuation of such
enhanced/increased quantities rates of valuation etc. as per the tender
conditions.

3.0 ELIGIBILITY OF BIDDERS


The bidder should fulfill the following eligibility criteria:

i) The Consultant/Company (herein after referred to as the consultant) can be


3
individuals or firms. They should have a minimum of 5 Years of Experience in
the field of Third Party inspection and quantity and quality certification of Civil
Engineering works particularly Irrigation Schemes. Proof of assignments

handled in the last 5 years may be attached. Past Experience of Similar Nature in
terms of number of assignments.
ii) The “Consultant” shall have successfully completed at least 5 similar (Irrigation
projects)
iii)  Turnover: The minimum Annual Turnover of Rs. 5.00 Crores (in any three years
out of the last five financial years) Proof of Turnover/Certificate from Chartered
Accounts to be uploaded in support of the turnover.
iv) They should have valid ISO certificate
v) They should have done completed consultancy of one single work (Irrigation
project) costing not less than Rs 90 lakhs (Consultancy charges) in one closer
period.
vi) They should have empanelled in any state / central department or undertakings in
any one year out of last three years.
vii) They should have own their laboratory approved by any Government
organization (Certificate given by the officer not below the rank of
Superintending Engineer) (Association not allowed)

4.0 BIDDING DOCUMENT


4.1 The bidder is expected to examine all the following documents prior to preparation
and submission of bid.
4.2 Failure to comply with the requirements of bid submission will be at bidders risk and
shall be considered as non-responsive.
4.3 The bid shall be completed with-

Part-I – Earnest Money Deposit


Bank Draft for 50,000/- (Rupees Fifty Thousand only/-) should be attached in
Envelop no.1.

Part-II Qualifying and Technical Requirement


- Refer 3.0 of ITB

Part-III Bid Price – As per Annexure - I

4.4 Throughout these bidding documents the terms ‘bid’ and ‘quotation’ and their
derivatives (bidder/quotation; bids/quotations) are synonymous.
4
5.0 BID PRICES

5.1 The bidder shall quoted the percent (%) above or below of the approved rates of
KBJNL as per Annexure – II in the format given as Annexure - I.
5.2 All income tax, service tax and any other taxes, levies, impositions, deductions,
charges, fees and similar assessments whatsoever imposed, assessed, levied or collected
by the Government of Karnataka and the Government of India or any other thereof
authority upon the contractor (Successful bidder to whom the work is awarded by
WAPCOS) and his staff, shall be paid and/ or borne by the contractor.

6.0. BID VALIDITY

The offer submitted by the bidder shall be valid for a period of 1 year (One Year)
from the date of opening of the quotations.

7.0 BID SUBMISSION

The bidder shall prepare and submit the bid in separate sealed cover in the following
manner.
A. Documents containing EMD shall be marked as Envelope No. 1
B. Documents containing qualifying and technical requirements shall be marked
as envelope No. 2.
C. Documents containing bid prices shall be marked as Envelope No. 3

All the above envelopes shall be sealed and put-together in one envelope and sealed.
Both the inner and outer envelopes shall be addressed to “The Project
Director WAPCOS Limited “Prashantha” First Floor No.168, 18th Cross, (Near
Vijayanagar Post Office), Vijayanagar, Bengaluru – 560040, Karnataka, Tel – 08-
23306120 / 23155618, Fax: 080-23107513” indicating the envelope no, contents,
the name of work and the date of opening.

8.0 BID OPENING AND EVALUATION

8.1 The bid will be opened in the following sequence:

First – Envelope no. 1 containing EMD


Second – Envelope no. 2 shall be opened only of those bidder(s) whose EMD is
considered acceptable as per clause 6.0 of the notice inviting quotations, on the same
day. Evaluation of bid information provided in Envelope no. 2 shall be completed
5
within one day of opening of the Envelope no 2.
Third – Envelope no. 3 shall be opened only of those bidders; whose qualifying and
technical requirements are found acceptable and responsive.

8.2 The date of opening of price bid will be informed b y, if changed the “The
Project Director WAPCOS Limited “Prashantha” First Floor No.168, 18th Cross,
(Near Vijayanagar Post Office), Vijayanagar, Bengaluru – 560040, Karnataka.

9.0 AWARD OF WORK

9.1 The work (contract) will be awarded to the bidder whose bid has been determined to
be substantially responsive to the bidding documents and who has offered lowest
evaluated bid price subsequent to bid negotiations (if required).
9.2 Not-withstanding clause 9.1 as above the employer reserves the right to accept or
reject any bid and to annul the bidding process and reject all bids, at any time prior to
award of contract, without thereby incurring any liability to the affected bidder(s) or
any obligations to inform the bidder or bidder(s) of the ground of the employer action.

10.0 TERMS AND CONDITIONS

10.1 Time of Completion – Same as the construction period of the project.

10.2 Performance Guarantee

10.2.1 A performance guarantee of 10 (ten) % of the value of the work order shall be payable
by the contractor (successful bidder) within ten days of award of the work. The EMD
shall be adjusted against the performance guarantee. The balance of the performance
guarantee shall be paid by the contractor either by Bank draft. Failure of the bidder to
comply with the requirements as specified above within 7 (seven) days from the date
of Letter of Award shall constitute sufficient grounds for the annulment of the award
and forfeiture of EMD.
10.2.2 Performance guarantee shall remain valid for period of 6 (Six) months after successful
completion of work.

10.3 Measurements
The number of tests and their frequency as approved by client (i.e. KBJNL) will form
the basis for payment to bidder on back to back basis. As such the payment will be made
for only those number of tests which is approved by KBJNL for its payment to
WAPCOS. In case of any dispute regarding the number of tests and payments for the
6
same it will be solely govern by the number of tests which Department (KBJNL)
approves while making payment to WAPCOS.
10.4 Terms of Payment
All the payments will be made on the basis of actual quantity of work executed and as
per the unit rate quoted in the price bid. No extra amount will be paid over and above the
executed work.

10.5 Taxes and Duties


All income tax and other taxes, levies, duty, impositions, deductions, charges,
fees and similar assessments whatsoever imposed, assessed, levied or collected
by the Government of Karnataka and the Government of India or any subdivision
thereof or any tax authority therein upon the contractor (Successful bidder to
whom the work is awarded by WAPCOS) and his staff, shall be paid and/ or
borne by the contractor and WAPCOS shall perform duty of tax deduction from
contractor’s payments whenever required by law.

10.6 Programme

The contractor shall furnish within seven days of the Letter of Award full particular of
his programme of field/ home office activity proposed for timely execution of the
contract.
10.7 Contractors Superintendence and Obligations

10.7.1 The contractor shall intimate the employer within 3 (three) days the name of the
authorized person with contact number, who will be responsible for field activity and
day to day interaction with the employers authorized representative for field activity.

10.7.2 The contractor shall remain fully responsible for the accuracy and relevancy of all the
survey field activities and for subsequent processing of field data including generated
outputs. Sub-contracting of any part or whole of the works is prohibited and these
provisions shall be strictly adhered to. In the event of sub-contracting of any part if
detected, the contract shall be liable for termination forthwith without assigning any
reason thereafter.

10.7.3 Insurance
The contractor shall insure himself against any liability under any workmen
compensation ordinance or equivalent prevailing legislation and any modifications
thereof which may be put in force by the government during the continuance of the
7
contract.
In the event of any loss or damage suffered in consequence of any accident or injury
or disease resulting from his work to any workman or other person in the employment
of the contractor, the contractor shall pay compensation to the victims.

10.7.4 The contractor shall in respect of his employees who are employed by him pay rates
of wages, observed hours of labour and provide other facilities not less favourable
than those required by law.

10.8 In case, any delay occurs due to local hindrance the contractor shall mobilize
additional man power and equipment/instruments to accelerate the work with a sole
intention to compensate the lost time period. The contractor shall not be entitled to
any payment on account of any accelerated effort if required to complete the work
within the stipulated time period and is deemed to have included in the quoted prices.

10.9 The contractor shall submit daily progress report to WAPCOS site engineer. The
contractor shall equip their site in charge with a mobile phone to facilitate
communication and control over work progress.

10.10 No compensation of any kind on account of jungle clearance/ objection by local


officials/ stoppage of work by local people/ damage to cultivated fields etc. during the
course of field investigation shall be entertained by WAPCOS at any stage.
10.11 The personnel deployed at the site must be issued with an identity card which will be
verified by WAPCOS/KBJNL.
10.12 The Quality Control Lab will be monitored through GPS enabled cameras.

8
Annexure – 1
Form of Quotation
Quotation for providing services for third party inspection works as per the standards

To,

The Project Director


WAPCOS Limited
“Prashantha” First Floor
No.168, 18th Cross, (Near Vijayanagar Post Office),
Vijayanagar, Bengaluru – 560040
Karnataka
Tel – 08-23306120 /
23155618, Fax: 080-23107513

I/We the undersigned, having carefully examined and understood the documents on which
quotation to be based, hereby agree to carry out the services for third party inspection
works as per the standards on item rate basis described in the Scheduled of work, in
conformity with the specifications and terms and condition as specified in the document.
Total price for carrying out the work, Providing services for third party inspection works as per
the standards is …………….% (above / below) the approved rates of KBJNL in Schedule B1
& B2 under Annexure – II.

This price will remain valid for 1years (One years) from the date of opening of tender. Unless
and until a formal contract is prepared and executed, this quotation, together with your
acceptance thereof, shall constitute a binding contract between us.

I/We undersigned, that you are not bound to accept the lowest or any quotation you may
receive.
Signed this day 2014

Signature and seal of bidder


or Authorized representative
Name of firm :
Address of firm :
Telephone No. :
Fax No. :
E-mail :

9
Annexure - II
SCHEDULE B-1
RATE LIST OF LABORATORY TESTING:
I. SOIL MECHANICS:
Rate per unit
SL.NO Name of test Unit in Rs.

1 Mechanical analysis (Sieve test) Per sample 251.69

2 Attenberg limits Per sample 200.00

3 Specific gravity Per sample 200.00

4 Light compaction Per sample 400.00

5 Triaxial shear at OMC/in –situ condition Per sample 350.00

6 Permeability at OMC Per sample 500.00

7 Triaxial shear at saturation Per sample 188.65

8 in-situ density and in –situ moisture content Per sample 150.00

9 Hydrometer analysis Per sample 200.00

10 Swell pressure Per sample 200.00

11 Free swell Per sample 200.00

12 Consolidation Per sample 330.00

13 Field permeability Per sample 755.06

14 Tri-Axial shear(big) Per sample 450.00

II ROAD

15 CBR test Per sample 1100.00

16 TESTS ON BITUM;EN
A)Penetration test Per sample 275.28
B)Specific gravity Per sample 275.28
C)Ductility test Per sample 300.00
D)Flash and fire point Per sample 300.00
E)Softening Point Per sample 300.00
F)Bitumen content Per sample 350.00
G)Viscosity Per sample 350.00

1
17 Bituminous mix design Per sample 3500.00

18 Granular sub base material test Per sample 1800.00

19 Wet mix Macadam(WMM) Per sample 1250.00

20 Surface deflection pavement(Benkelman Beam Test Per sample 1300.00

21 Gradation test on aggregate Per sample 251.69

22 Surface roughness/unevenness(by using bump integrator Per sample 500.00

ROCK MECHNICS

23 Apparent Specific gravity, Water absorption and porosity Per sample 550.56
tests on rock samples

24 True specific gravity test on rock samples Per sample 550.56

25 Compressive strength test on rock sample Per sample 786.52

26 Durability test on rock sample Per sample 950.00

27 Weathering test on rock sample Per sample 550.00

28 Transverse Strength test on rock sample Per sample 550.00

29 Punching Shear test on rock sample Per sample 400.00

III Materials Testing And Instrumentation

30 Conducting Physical tests on cement samples

a) Consistency test Per sample 150.00

b) Fineness test by Specific Surface Method Per sample 250.00

c) Soundness test by Le-Chatellier method Per sample 250.00

d) Soundness test by Autoclave method Per sample 350.00

e) Setting time 3 Sets of 3 Nos 300.00

f)Compression test Per Sample 350.00

2
31 Conducting Physical tests on cement samples

a) Consistency test Per sample 150.00

b) Fineness test by Specific Surface Method Per sample 250.00

c) Soundness test by Le-Chatelier method Per sample 250.00

d) Soundness test by Autoclave method Per sample 350.00

e) Setting time Per sample 200.00

f)Compression test Per sample 350.00

g) Drying shrinkage test Per sample 500.00

32 Conducting compression test on cement mortar or Per sample 300.00


cement concrete cubes

33 Conducting compression test on cement concrete Per sample 300.00


cylinder (without capping)

34 Conducting Laboratory test on fine aggregates

a) Sieve analysis Per sample 251.69

b)Estimation of deleterious materials and organic Per sample 314.61


impurities

c) Specific gravity, density, voids and absorption Per sample 300.00

d) Soundness Per sample 500.00

e) Alkali-aggregate reactivity test by mortar bar Per sample 500.00


method

35 Conducting Laboratory test on coarse aggregates


a) Sieve analysis Per sample 251.69
b)Estimation of deleterious materials and organic Per sample 314.61
impurities
c) Specific gravity, density, voids and absorption Per sample 300.00
d) Soundness Per sample 500.00
e) Los-angeles abrasion Per sample 480.00
f) Alkali-aggregate reactivity test by mortar bar Per sample 380.00
method
g) Aggregate Impact value Per sample 380.00
h) Aggregate crushing value/10% fine value Per sample 235.96
36 a) Conducting lab test on steel (rod bar/twisted) for
determine tensile strength, elongation, 0.2% proof Per sample 350.00
stress and unit weight ( for set of three rods) Dia 8mm,
10mm &12mm

3
b) Conducting lab test on steel (rod bar/twisted) for Per sample 350.00
determine tensile strength, elongation, 0.2% proof stress
and unit weight ( for set of three rods) Dia 16mm, 20mm
& 25mm

c) Conducting lab test on steel (rod bar/twisted) for Per sample 350.00
determine tensile strength, elongation, 0.2% proof stress
and unit weight ( for set of three rods) Dia 28mm and
above

37 Conducting lab tests on clay building bricks.

a)Test for size Per sample 100.00

b) Efflorescence Per sample 150.00

c) Compression (set of five) Per sample 314.61

d) Water absorption Per sample 200.00

38 Conducting lab tests on PCC slabs.

a) Test for size Per sample 150.00

b) Water absorption Per sample 200.00

c) Flexural strength Per sample 200.00

39 Conducting lab tests on burnt clay flat terracing tiles (Mosaic tiles)

a) Test for size/shape and war page Per sample 200.00

b) Water absorption Flexural strength Per sample 200.00

40 Conducting recalibration of proving rings up to 5KN Per No. 550.00


capacity including minor repairs

41 Conducting lab tests for mix design using cement. Fine Per mix 2750.00
and coarse aggregate including specific gravity,
absorption, and grading of coarse and fine aggregates and
furnishing mix proportions

42 Compression test on drilled cement concrete core samples Per set of 3 500.00
(with capping)

43 Casting and testing for compressive strength of Cement 6 cubes 500.00


Concrete Cubes by normal curing method

44 Casting and testing for compressive strength of Cement 6 cubes 300.00


Concrete Cubes by accelerated curing method

45 Conducting test on Cement Concrete blocks

4
a) Absorption Per set of 3 200.00

b) Compression Per set of 8 200.00

c) Size test Per set 150.00

46 Testing of Alum sample in laboratory Per sample 200.00

47 Chemical Analysis of Bleaching powder Per sample 350.00

48 Potential reactivity of coarse and fine aggregate in Per sample 500.00


laboratory by chemical method

49 Chemical Analysis of lime/surkhi/sand/cement Per sample 1000.00

50 Chemical Analysis of hardened cement concrete/cement Per sample 1100.00


mortar samples in laboratory to find out mix proportions

51 Care extraction from concrete members at site (excluding


conveyance and incidental charges, loading & unloading
at site)

a) cores up to 4 “ diameter Per sample 1400.00

a) cores of 6” diameter Per sample 1700.00

52 Conducting load tests on slabs/beams at site (excluding Per Element 900.00


conveyance and incidental charges, loading & unloading
at site)

53 Conducting non-destructing test using rebound hammer Per Element 200.00


at site (excluding conveyance and incidental charges)

54 Conducting Ultra Sonic Pulse velocity test at site Per Tests 471.91
(excluding conveyance and incidental charges)

IV Water quality laboratory (C & P Branch)

TEST ON WATER SAMPLE

55 Turbidity Per sample 100.00

56 Temperature/colour/odour Per sample 100.00

57 PH Per sample 100.00

58 Electrical Conductivity Per sample 150.00

59 Total Hardness Per sample 100.00

60 Calcium Hardness Per sample 100.00


100.00
61 Total solids Per sample

5
100.00
62 Total dissolved/suspended solids Per sample
100.00
63 Chloride Per sample
100.00
64 Sulphate Per sample
100.00
65 Iron Per sample

66 Fluoride Per sample 50.00

67 Ammoniacal Nitrogen Per sample 100.00

68 Nitrogen as Nitrate Per sample 50.00

69 Dissolved Oxygen (DO) Per sample 200.00

70 Biochemical Oxygen Demand (BOD) Per sample 200.00

71 Chemical Oxygen Demand (COD) Per sample 200.00

72 Sodium Per sample 200.00

73 Potassium Per sample 200.00

74 Total Alkalinity, Carbonate Alkalinity, Bicarbonate Per sample 220.00


Alkalinity, Hydroxide Alkalinity

75 Bacteriological Test Total Coli forms 350.00

76 Bacteriological Test Faecal Coli Forms Per sample 340.00

77 Boron Per sample 275.00

78 Total Phosphorous Per sample 275.00

79 Percent Sodium Per sample 275.00

80 Organic & Inorganic Matter Per sample 350.00

81 Acidity Per sample 150.00

82 Basicity Per sample 250.00

83 SAR (Sodium Adsorption Ratio) Per sample 220.00

84 RSC (Residual Sodium Carbonate Per sample 275.00

V TESTS ON LIME SLUDGE/SILT SAMMPLE

85 Loss of ignition & Moisture content Per sample 250.00

86 Moisture content Per sample 250.00

87 Silicon Oxide Per sample 250.00


6
88 Combined oxide of AI & Fe Per sample 250.00

89 Iron Oxide Per sample 250.00

90 Calcium Oxide Per sample 250.00

91 Magnesium Oxide Per sample 250.00

92 Sulphuric Anhydride Per sample 250.00


250.00
93 Insoluble Residue Per sample
250.00
94 Organic Matter Per sample
95 Total Phosphorous Per sample 250.00

96 Total Nitrogen Per sample 250.00

97 250.00
Potash Per sample

HYDRAULICS

98 Rating of current meter including servicing and cost of Per No. 1100.00
consumables

SCHEDULE - B2

Third party inspection of EFI proposals:

Fee as % of the EFI


Sl. No Unit proposal

1 Third party inspection of Extra Financial Per proposal 0.50


implication.

2 Other proposals and studies Per proposal 0.50


 

You might also like